machakos university tender document for provision …
Post on 05-May-2022
0 Views
Preview:
TRANSCRIPT
MACHAKOS UNIVERSITY
TENDER DOCUMENT
FOR
PROVISION OF MEDICAL INSURANCE COVER
(UNDERWRITERS ONLY)
TENDER NO: MksU/OT/02/2019/2020
CLOSING DATE: 19TH DECEMBER 2019 AT 10.00 A.M.
Page 2 of 70
Table of Contents INTRODUCTION ............................................................................................................................... 3
SECTION I - INVITATION FOR TENDERS ................................................................................ 4
SECTION II - INSTRUCTION TO TENDERERS ........................................................................ 5
SECTION II - INSTRUCTIONS TO TENDERERS ..................................................................... 7
SECTION III GENERAL CONDITIONS OF CONTRACT ......................................................... 23
SECTION IV - SPECIAL CONDITIONS OF CONTRACT ........................................................... 30
SECTION IV – SPECIAL CONDITIONS OF CONTRACT ........................................................... 31
SECTION V - SCHEDULE OF REQUIREMENTS ........................................................................ 41
SECTION VI - STANDARD FORMS .......................................................................................... 58
1. PRICE SCHEDULE FORM ..................................................................................................... 60
2. CONTRACT FORM ................................................................................................................. 61
3. CONFIDENTIAL BUSINESS QUESTIONNAIRE ................................................................ 63
4. TENDER SECURITY FORM .................................................................................................. 66
5. PERFORMANCE SECURITY FORM .................................................................................... 67
Page 3 of 70
INTRODUCTION
1.1 This standard tender document for procurement of insurance services has been prepared for
use by public entities in Kenya in the procurement of all types of insurance covers as per
the Public Procurement and Asset Disposal Act 2015.
1.2 The following general directions should be observed when using the document;
(a) Specific details should be furnished in the invitation to tender notice and in the special
conditions of contract. The final document to be provided to the tenderers should not
have blank spaces or give options.
(b) The instructions to tenderers and the General conditions of contract should remain
unchanged. Any necessary amendments to these parts should be made through the
special conditions of contract and appendix to instructions to tenderers respectively.
1.3 (a) Information contained in the invitation to tender shall conform to the data and
information in the tender documents to enable potential tenderers to decide whether or
not to participate in the tender and shall indicate any important tender requirements.
(c) The invitation to tender shall be issued as an advertisement in accordance with the
regulations or a letter of invitation addressed to tenderers who have expressed interest
following an invitation for expression of interest for which the invitation is issued.
1.4 The cover of the tender document should be modified to include: I.
Tender number. II. Tender name.
III. Name of procuring entity.
IV. Delete name and address of PPRA.
Page 4 of 70
SECTION I - INVITATION FOR TENDERS
TENDER REF. NO. MksU/OT/02/2019/2020
TENDER NAME; PROVISION OF MEDICAL INSURANCE COVER
The MACHAKOS UNIVERSITY invites sealed tenders from eligible candidates for Provision
of Medical Insurance Cover.
Interested eligible candidates may obtain further information from and inspect the tender
documents in the Procurement Office at MACHAKOS UNIVERSTY during normal
office working hours.
A complete set of tender documents may be obtained by interested candidates upon
payment of a non-refundable fee of Ksh.1,000.00 in cash or banker’s cheque payable to
MACHAKOS UNIVERSITY and paid in Machakos University Finance Office.
Prices quoted should be net inclusive of all taxes, and delivery costs, must be in Kenya
Shillings and shall remain valid for 120 days from the closing date of the tender.
Completed tender documents are to be enclosed in plain sealed envelopes, marked
Tender No: MksU/OT/02/2019/2020 and be deposited in the Tender Box at the
Administration block at Reception or be addressed to;
The Vice Chancellor
Machakos University
P.O Box 136-90100
Machakos
So as to be received on or before 19th December 2019 at 10.00 a.m.
Tenders will be opened publicly in the Conference Room 1 immediately after the above
stated closing date and time in the presence of the candidates or their representatives who
choose to attend. Late bids will be returned unopened.
VICE CHANCELLOR
Page 5 of 70
SECTION II - INSTRUCTION TO TENDERERS
Table of Clauses
Page
2.1 Eligible Tenderers……………………………………………………………………………..7
2.2 Cost of Tendering……………………………………………………………………………..7
2.3 Contents of Tender document………………………………………………………………. 8
2.4 Clarification of Tender document…………………….. ………………………………….8
2.5 Amendments of Tender document……………………………………………………… 9
2.6 Language of Tenders…………………………………… ………………………....................9
2.7 Documents Comprising the Tender…………………………………………………………...9
2.8 Tender Form……………………………………………………………………………..10
2.9 Tender Prices…………………………………………………………………………….10
2.10 Tender Currencies……………………………………………………………………….10
2.11 Tenderers Eligibility and Qualifications……………………………………………......10
2.12 Tender Security………………………………………………………………………….11
2.13 Validity of Tenders………………………………………………………………………...12
2.14 Format and Signing of Tenders……………………………………………………………12
2.15 Sealing and Marking of Tenders……………………………………………………..……12
2.16 Deadline for Submission of Tenders………………………………………………………13
2.17 Modification and Withdrawal of Tenders………………………………………….………13
2.18 Opening of Tenders………………………………………………………………………..14
2.19 Clarification of Tenders………………………………………………...............................14
2.20 Preliminary Examination……………………………………………..................................15
2.21 Conversion to Single Currency……………………………………………........................15
2.22 Evaluation and Comparison of Tenders……………………………………........................16
2.23 Contacting the Procuring Entity…………………………………………………………....17
2.24 Post Qualification……………………………………………………………………...........17
Page 6 of 70
2.25 Award Criteria…………………………………………………..……………………… .17
2.26 Procuring Entity’s Right to Vary Quantities …………………………………………… 18
2.27 Procuring Entity’s Right to Accept or Reject any or all Tenders……………………….18
2.28 Notification of Award……………………………………………….…………………. .18
2.29 Signing of Contract……………………………………………….......………………….. 19
2.30 Performance Security………………………………………………………………… …19
2.31 Corrupt or Fraudulent Practices………………………………………………………….20
Page 7 of 70
SECTION II - INSTRUCTIONS TO TENDERERS
2.1. Eligible Tenderers
2.1.1 This Invitation for Tenders is open to all underwriters eligible as described in the Appendix to
Instructions to Tenderers. Successful tenderers shall provide the services for the stipulated
duration from the date of commencement (hereinafter referred to as the term) specified in
the tender documents.
2.1.2 The procuring entity’s employees, committee members, board members and their relatives
(spouse and children) are not eligible to participate in the tender unless where specially
allowed under section 131 of the Act.
2.1.3 Tenderers shall provide the qualification information statement that the tenderer (including all
members of a joint venture and subcontractors) is not associated, or have been associated in
the past, directly or indirectly, with a firm or any of its affiliates which have been engaged
by the Procuring entity to provide consulting services for the preparation of the design,
specifications, and other documents to be used for the procurement of the services under
this Invitation for tenders.
2.1.4 Tenderers involved in the corrupt or fraudulent practices or debarred from participating in
public procurement shall not be eligible.
2.2 Cost of Tendering
2.2.1 The Tenderer shall bear all costs associated with the preparation and submission of its
tender, and the procuring entity, will in no case be responsible or liable for those costs.
Regardless of the conduct or outcome of the tendering process
2.2.2 The price to be charged for the tender document shall not exceed Kshs. 1,000/=
2.2.3 The procuring entity shall allow the tenderer to review the tender document free of charge
before purchase.
2.3 Contents of Tender Document
2.3.1 The tender documents comprise the documents listed below and addenda issued in accordance
with clause 2.5 of these instructions to tenderers.
Page 8 of 70
(i) Instructions to Tenderers
(ii) General Conditions of Contract
(iii) Special Conditions of Contract
(iv) Schedule of Requirements
(v) Details of Insurance Cover
(vi) Form of Tender
(vii) Price Schedules
(viii) Contract Form
(ix) Confidential Business Questionnaire Form
(x) Tender security Form
(xi) Performance security Form
(xii) Insurance Company’s Authorization Form
(xiii) Declaration Form
(xiv) Request for Review Form
2.3.2 The Tenderer is expected to examine all instructions, forms, terms and specification in the
tender documents. Failure to furnish all information required by the tender documents or
to submit a tender not substantially responsive to the tender documents in every respect
will be at the tenderers risk and may result in the rejection of its tender.
2.4 Clarification of Tender Documents
2.4.1 A Candidate making inquiries of the tender documents may notify the Procuring entity by
post, fax or by email at the procuring entity’s address indicated in the Invitation for
tenders. The Procuring entity will respond in writing to any request for clarification of
the tender documents, which it receives not later than seven (7) days prior to the deadline
for the submission of the tenders, prescribed by the procuring entity. Written copies of
the Procuring entities response (including an explanation of the query but without
identifying the source of inquiry) will be sent to all candidates who have received the
tender documents.
2.4.2 The procuring entity shall reply to any clarifications sought by the tenderer within 3 days
of receiving the request to enable the tenderer to make timely submission of its tender.
2.4.3 Preference where allowed in the evaluation of tenders shall not exceed 15%
Page 9 of 70
2.5 Amendment of Tender Documents
2.5.1 At any time prior to the deadline for submission of tenders, the Procuring entity, for any
reason, whether at its own initiative or in response to a clarification requested by a
prospective tenderer, may modify the tender documents by issuing and addendum.
2.5.2 All prospective tenderers who have obtained the tender documents will be notified of the
amendment by post, fax or email and such amendment will be binding on them.
2.5.3 In order to allow prospective tenderers reasonable time in which to take the amendment
into account in preparing their tenders, the Procuring entity, at its discretion, may extend
the deadline for the submission of tenders.
2.6 Language of Tenders
2.6.1 The tender prepared by the tenderer, as well as all correspondence and documents relating
to the tender exchanged by the tenderer and the Procuring entity, shall be written in
English language. Any printed literature furnished by the tenderer may be written in
another language provided they are accompanied by an accurate English translation of
the relevant passages in which case, for purposes of interpretation of the tender, the
English translation shall govern.
2.7. Documents Comprising the Tender
2.7.1 The tender prepared by the tenderer shall comprise the following components:
(a) A Tender Form and a Price Schedule completed in accordance with paragraph
2.8, 2.9 and 2.10 below
(b) Documentary evidence established in accordance with paragraph 2.1.2 that the
tenderer is eligible to tender and is qualified to perform the contract if its tender is
accepted; (c) Tender security furnished in accordance with paragraph 2.12 (d)
Declaration Form.
2.8. Form of Tender
2.8.1 The tenderer shall complete the Tender Form and the Price Schedule furnished in the
tender documents, indicating the services to be provided.
Page 10 of 70
2.9. Tender Prices
2.9.1 The tenderer shall indicate on the form of tender and the appropriate Price Schedule the
unit prices and total tender price of the services it proposes to provide under the contract.
2.9.2 Prices indicated on the Price Schedule shall be the cost of the services quoted including all
customs duties and VAT and other taxes payable.
2.9.3 Prices quoted by the tenderer shall remain fixed during the Term of the contract unless
otherwise agreed by the parties. A tender submitted with an adjustable price quotation
will be treated as nonresponsive and will be rejected, pursuant to paragraph 2.20.5
2.10. Tender Currencies
2.10.1 Prices shall be quoted in Kenya Shillings
2.11. Tenderers Eligibility and Qualifications
2.11.1 Pursuant to paragraph 2.1 the tenderer shall furnish, as part of its tender, documents
establishing the tenderers eligibility to tender and its qualifications to perform the
contract if it’s tender is accepted.
2.11.2 The documentary evidence of the tenderer’s qualifications to perform the contract if its
tender is accepted shall establish to the Procuring entity’s satisfaction that the tenderer
has the financial and technical capability necessary to perform the contract.
2.12. Tender Security
2.12.1 The tenderer shall furnish, as part of its tender, a tender security for the amount and form
specified in the Appendix to Instructions to Tenderers.
2.12.2 The tender security shall not exceed 2 per cent of the tender price.
2.12.3 The tender security is required to protect the Procuring entity against the risk of
Tenderer’s conduct which would warrant the security’s forfeiture, pursuant to paragraph
2.12.7
Page 11 of 70
2.12.4 The tender security shall be denominated in Kenya Shillings or in another freely
convertible currency, and shall be in the form
a) Cash.
b) A bank guarantee.
c) Such insurance guarantee approved by the Authority.
d) Letter of credit.
2.12.5 Any tender not secured in accordance with paragraph 2.12.1. and 2.12.3 shall be rejected
by the Procuring entity as non-responsive, pursuant to paragraph 2.20.5
2.12.6 Unsuccessful Tenderer’s tender security will be discharged or returned as promptly as
possible but not later than thirty (30) days after the expiration of the period of tender
validity
2.12.7 The successful Tenderer’s tender security will be discharged upon the tenderer signing
the contract, pursuant to paragraph 2.29, and furnishing the performance security,
pursuant to paragraph 2.30
2.12.8 The tender security may be forfeited:
(a) if a tenderer withdraws its tender during the period of tender validity.
(b) in the case of a successful tenderer, if the tenderer fails:
(i) to sign the contract in accordance with paragraph 2.29 or
(ii) to furnish performance security in accordance with paragraph 2.30.
(c) If the tenderer reject correction of an arithmetic error in the tender.
2.13. Validity of Tenders
2.13.1 Tenders shall remain valid for 90 days after date of tender opening pursuant to paragraph
2.18. A tender valid for a shorter period shall be rejected by the Procuring entity as
nonresponsive.
Page 12 of 70
2.13.2 In exceptional circumstances, the Procuring entity may solicit the Tenderer’s consent to
an extension of the period of validity. The request and the responses thereto shall be
made in writing. The tender security provided under paragraph 2.12 shall also be
suitably extended. A tenderer granting the request will not be required nor permitted to
modify its tender.
2.14. Format and Signing of Tenders
2.14.1 The tenderer shall prepare an original and a copy of the tender, clearly marking each
“ORIGINAL TENDER” and “COPY OF TENDER,” as appropriate. In the event of any
discrepancy between them, the original shall govern.
2.14.2 The original and all copies of the tender shall be typed or written in indelible ink and
shall be signed by the tenderer or a person or persons duly authorized to bind the tenderer to the
contract.
Page 13 of 70
All pages of the tender, except for un-amended printed literature, shall be initialed by
the person or persons signing the tender.
2.14.3 The tender shall have no interlineations, erasures, or overwriting except as necessary to
correct errors made by the tenderer, in which case such corrections shall be initialed
by the person or persons signing the tender.
2.15 Sealing and Marking of Tenders
2.15.1 The tenderer shall seal the original and the copy of the tender in separate envelopes, duly
marking the envelopes as “ORIGINAL TENDER” and “COPY OF TENDER”. The
envelopes shall then be sealed in an outer envelope.
2.15.2 The inner and outer envelopes shall:
(a) Be addressed to the Procuring entity at the address given in the Invitation to Tender.
2.15.3 Bear tender number and name in the invitation to tender and the words, “DO NOT
OPEN BEFORE 19th December 2019 at 10.00 a.m.
2.15.4 The inner envelopes shall also indicate the name and address of the tenderer to enable
the tender to be returned unopened in case it is declared “late”.
2.15.5 If the outer envelope is not sealed and marked as required by paragraph 2.15.2, the
Procuring entity will assume no responsibility for the tender’s misplacement or
premature opening.
2.16. Deadline for Submission of Tenders
2.16.1 Tenders must be received by the Procuring entity at the address specified under
paragraph 2.15.2 not later than 19th December 2019 at 10.00 a.m.
2.16.2 The Procuring entity may, at its discretion, extend this deadline for the submission of
tenders by amending the tender documents in accordance with paragraph 2.5.3 in which
case all rights and obligations of the Procuring entity and candidates previously subject
to the deadline will thereafter be subject to the deadline as extended.
2.16.3 Bulky tenders which will not fit the tender box shall be received by the procuring entity
as provided for in the appendix.
Page 14 of 70
2.17. Modification and Withdrawal of Tenders
2.17.1 The tenderer may modify or withdraw its tender after the tender’s submission, provided
that written notice of the modification, including substitution or withdrawal of the
tenders, is received by the Procuring entity prior to the deadline prescribed for
submission of tenders.
2.17.2 The tenderer’s modification or withdrawal notice shall be prepared, sealed, marked and
dispatched in accordance with the provisions of paragraph 2.15. a withdrawal notice
may also be sent by fax
or email but followed by a signed confirmation copy, postmarked not later than the
deadline for submission of tenders.
2.17.3 No tender may be modified after the deadline for submission of tenders.
2.17.4 No tender may be withdrawn in the interval between the deadline for submission of
tenders and the expiration of the period of tender validity. Withdrawal of a tender
during this interval may result in the Tenderer’s forfeiture of its tender security,
pursuant to paragraph 2.12.7.
2.18. Opening of Tenders
2.18.1 The Procuring entity will open all tenders in the presence of tenderers’ representatives
who choose to attend, at 19th December 2019 at 10.00 a.m. and in the location
specified in the invitation for tenders. The tenderers’ representatives who are present
shall sign a register evidencing their attendance
2.18.2 The Tenderers’ names, tender modifications or withdrawals, tender prices, discounts,
and the presence or absence of requisite tender security and such other details as the
Procuring entity, at its discretion, may consider appropriate, will be announced at the
opening.
2.18.3 The Procuring entity will prepare minutes of the tender opening, which will be submitted
to tenderers that signed the tender opening register and will have made the request.
Page 15 of 70
2.19 Clarification of Tenders
2.19.1 To assist in the examination, evaluation and comparison of tenders the Procuring entity
may, at its discretion, ask the tenderer for a clarification of its tender. The request for
clarification and the response shall be in writing, and no change in the prices or
substance of the tender shall be sought, offered, or permitted.
2.19.2 Any effort by the tenderer to influence the Procuring entity in the Procuring entity’s
tender evaluation, tender comparison or contract award decisions may result in the
rejection of the tenderers’ tender.
2.20 Preliminary Examination and Responsiveness
2.20.1 The Procuring entity will examine the tenders to determine whether they are complete,
whether any computational errors have been made, whether required sureties have
been furnished, whether the documents have been properly signed, and whether the
tenders are generally in order.
2.20.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy
between the unit price and the total price that is obtained by multiplying the unit price
and quantity, the unit price shall prevail, and the total price shall be corrected. If the
candidate does not accept the correction of the errors, its tender will be rejected, and its
tender security forfeited. If there is a discrepancy between words and figures, the
amount in words will prevail
2.20.3 The Procuring entity may waive any minor informality or non-conformity or irregularity
in a tender which does not constitute a material deviation provided such waiver does
not prejudice or affect the relative ranking of any tenderer.
2.20.4 Prior to the detailed evaluation, pursuant to paragraph 2.20, the Procuring entity will
determine the substantial responsiveness of each tender to the tender documents. For
purposes of these paragraphs, a substantially responsive tender is one which conforms
to all the terms and conditions of the tender documents without material deviations the
Procuring entity’s determination of a tender’s responsiveness is to be based on the
contents of the tender itself without recourse to extrinsic evidence.
2.20.5 If a tender is not substantially responsive, it will be rejected by the procuring entity and
may not subsequently be made responsive by the tenderer by correction of the
nonconformity.
Page 16 of 70
2.21. Conversion to single currency
2.21.1 Where other currencies are used, the Procuring entity will convert those currencies to
Kenya Shillings using the selling exchange rate on the date of tender closing provided
by the Central Bank of Kenya.
2.22. Evaluation and Comparison of Tenders
2.22.1 The Procuring entity will evaluate and compare the tenders which have been determined
to be substantially responsive, pursuant to paragraph 2.20
2.22.2 The Procuring entity’s evaluation of a tender will take into account, in addition to the
tender price, the following factors, in the manner and to the extent indicated in
paragraph 2.22.3.
(a) operational plan proposed in the tender;
(b) deviations in payment schedule from that specified in the Special Conditions of
Contract
2.22.3 Pursuant to paragraph 2.22.2. The following evaluation methods will be applied.
(a) Operational Plan
(i) The Procuring entity requires that the services under the
Invitation for Tenders shall be performed at the time specified in
the Schedule of Requirements.
(ii) Tenders offering to perform longer than the procuring entity’s
required delivery time will be treated as non-responsive and
rejected.
(b) Deviation in payment schedule
(i) Tenderers shall state their tender price for the payment on
schedule outlined in the special conditions of contract.
(ii) Tenders will be evaluated on the basis of this base price.
Page 17 of 70
(iii) Tenderers are, however, permitted to state an alternative payment
schedule and indicate the reduction in tender price they wish to
offer for such alternative payment schedule.
(iv) The Procuring entity may consider the alternative payment
schedule offered by the selected tenderer.
2.22.4 The tender evaluation committee shall evaluate the tender within 15 days from the date
of opening the tender.
2.23. Contacting the Procuring entity
2.23.1 Subject to paragraph 2.19 no tenderer shall contact the Procuring entity on any matter
relating to its tender, from the time of the tender opening to the time the contract is
awarded.
2.23.2 Any effort by a tenderer to influence the Procuring entity in its decisions on tender
evaluation, tender comparison, or contract award may result in the rejection of the
Tenderers’ tender.
2.24 Post-qualification
2.24.1 The Procuring entity will verify and determine to its satisfaction whether the tenderer
that is selected as having submitted the lowest evaluated responsive tender is qualified
to perform the contract satisfactorily.
2.24.2 The determination will take into account the tenderer financial and technical capabilities.
It will be based upon an examination of the documentary evidence of the tenderers
qualifications submitted by the tenderer, pursuant to paragraph 2.11.2, as well as such
other information as the Procuring entity deems necessary and appropriate
2.24.3 An affirmative determination will be a prerequisite for award of the contract to the
tenderer. A negative determination will result in rejection of the Tenderer’s tender, in which
event the Procuring entity will proceed to the next lowest evaluated tender to make a similar
determination of that Tenderer’s capabilities to perform satisfactorily.
Page 18 of 70
2.25 Award Criteria
2.25.1 Subject to paragraph 2.29 the Procuring entity will award the contract to the successful
tenderer whose tender has been determined to be substantially responsive and has been
determined to be the lowest evaluated tender, provided further that the tenderer is
determined to be qualified to perform the contract satisfactorily.
2.25.2 To qualify for contract awards, the tenderer shall have the following: -
(a) Necessary qualifications, capability experience, services, equipment and
facilities to provide what is being procured.
(b) Legal capacity to enter into a contract for procurement
(c) Shall not be insolvent, in receivership, bankrupt or in the process of being
wound up and is not the subject of legal proceedings relating to the
foregoing.
(d) Shall not be debarred from participating in public procurement.
2.26. Procuring entity’s Right to accept or Reject any or all Tenders
2.26.1 The Procuring entity reserves the right to accept or reject any tender, and to annul the
tendering process and reject all tenders at any time prior to contract award, without
thereby incurring any liability to the affected tenderer or tenderers or any obligation to
inform the affected tenderer or tenderers of the grounds for the Procuring entity’s
action. If the Procuring entity determines that none of the tenders is responsive, the
Procuring entity shall notify each tenderer who submitted a tender.
2.26.2 The procuring entity shall give prompt notice of the termination to the tenderers and on
request give its reasons for termination within 14 days of receiving the request from any
tenderer.
2.26.3 A tenderer who gives false information in the tender document about is qualification or
who refuses to enter into a contract after notification of contract award shall be
considered for debarment from participating in future public procurement.
2.27 Notification of Award
2.27.1 Prior to the expiration of the period of tender validity, the Procuring entity will notify the
successful tenderer in writing that its tender has been accepted.
Page 19 of 70
2.27.2 The notification of award will signify the formation of the contract subject to the signing
of the contract between the tenderer and the procuring entity pursuant to clause 2.9.
Simultaneously the other tenderers shall be notified that their tenders were not
successful.
2.27.3 Upon the successful Tenderer’s furnishing of the performance security pursuant to
paragraph 2.29 the Procuring entity will promptly notify each unsuccessful Tenderer
and will discharge its tender security, pursuant to paragraph 2.12
2.28 Signing of Contract
2.28.1 At the same time as the Procuring entity notifies the successful tenderer that its tender
has been accepted, the Procuring entity will simultaneously inform the other tenderers
that their tenders have not been successful.
2.28.2 Within fourteen (14) days of receipt of the Contract Form, the successful tenderer shall
sign and date the contract and return it to the Procuring entity.
2.28.3 The contract will be definitive upon its signature by the two parties.
2.28.4 The parties to the contract shall have it signed within 30 days from the date of
notification of contract award unless there is an administrative review request.
2.29 Performance Security
2.29.1 The successful tenderer shall furnish the performance security in accordance with the
Conditions of Contract, in a form acceptable to the Procuring entity.
2.29.2 Failure by the successful tenderer to comply with the requirement of paragraph 2.29 or
paragraph 2.30.1 shall constitute sufficient grounds for the annulment of the award and
forfeiture of the tender security, in which event the Procuring entity may make the
award to the next lowest evaluated tender or call for new tenders.
Page 20 of 70
2.30 Corrupt or Fraudulent Practices
2.30.1 The Procuring entity requires that tenderers observe the highest standard of ethics during
the procurement process and execution of contracts. A tenderer shall sign a declaration
that he has not and will not be involved in corrupt or fraudulent practices.
2.30.2 The Procuring entity will reject a proposal for award if it determines that the tenderer
recommended for award has engaged in corrupt or fraudulent practices in competing for
the contract in question
2.30.3 Further a tenderer who is found to have indulged in corrupt or fraudulent practices risks
being debarred from participating in public Procurement in Kenya.
Appendix to Instructions to Tenderers
Notes on the Appendix to the Instruction to Tenderers
1. The Appendix to instructions to tenderers is intended to assist the procuring entity in
providing specific information in relation to corresponding clause in the instructions to
Tenderers included in Section II and has to be prepared for each specific procurement.
2. The procuring entity should specify in the appendix information and requirements
specific to the circumstances of the procuring entity, the procuring of the procurement,
and the tender evaluation criteria that will apply to the tenders.
3. In preparing the Appendix the following aspects should be taken into consideration;
(a) The information that specifies and complements provisions of Section II to be
incorporated.
(b) Amendments and/or supplements if any, to provisions of Section II as necessitated
by the circumstances of the specific procurement to be also incorporated.
4. Section II should remain unchanged and can only be amended through the Appendix to
instructions to tenders.
Page 21 of 70
5. Any clause to be included in the appendix to instructions to tenderers must be consistent
with the applicable public procurement law and regulations.
Appendix to instructions to Tenderers
The following information for the procurement of insurance services shall complement,
supplement, or amend, the provisions on the instructions to tenderers. Wherever there is a
conflict between the provisions of the instructions to tenderers and the provisions of the
appendix, the provisions of the appendix herein shall prevail over those of the instructions to
tenderers.
Instruction to tender reference Particulars of Appendix to instructions to tenderers.
2.1 Eligible Tenderers are Approved Medical Insurance Providers (underwriters).
2.12.1 Tenderers should provide tender security of
2% of Tender sum.
2.15.2 (b)
Closing date for the Tender will be 19TH
December 2019 at 10.00 a.m.
2.16.1
Deadline for submission of Tenders will be
19TH December 2019 at 10.00 a.m.
2.18.1
Tenders will be opened on 19TH December
2019 at 10.00 a.m.
The contract shall be two years renewable
annually subject to satisfactory
performance of the bidder
Page 22 of 70
Tenderers should provide the following documentary evidence;
i) Proof of registration with the relevant regulatory bodies
ii) Proof of eligibility to tender.
iii) Proof of Provision of similar services to at least 3 Organizations of similar
magnitude.
iv) Proof of sound Financial standing
. v) Provide Registration details
v) Provide copies of PIN, VAT and Tax Compliance certificate.
vi) Provide tender security of 2% of tender sum valid for 90 days
vii) Provide a list of service providers in the medical cover.
Page 23 of 70
SECTION III GENERAL CONDITIONS OF CONTRACT
Table of Clauses
Page
3.1 Definitions…………………………………… …………………………… … …………..24
3.2 Application………………………………………………………………………………...25
3.3 Standards……………………………………………………………………………….…..25
3.4 Use of Contract Documents and Information………………………………………….…..25
3.5 Patent Rights………………………………………………………………….....................25
3.6 Performance Security……………………………………………………………….……..25
3.7 Delivery of Services and Documents…………………….………………………….…….26
3.8 Payment……………………………………………………………………………….…...26
3.9 Prices……………………………………………………………………….…………..….26
3.10Assignment……………………………………………………………………….………27
3.11 Termination for Default………………………………………………..………….…….. 28
3.12 Termination for Insolvency…………………………………………………… …...…....28
3.13 Termination for Convenience…………….…………………………………………...... 28
3.14 Resolution of Disputes…………………………………………………………………...28
3.15 Governing Language……………………………………………………………………..28
3.16 Applicable law……………………………………………………………………………29
3.17 Force Majeure………………………………………………………………………….... 29
3.18 Notices…………………………………………………………………… ……… 29
Page 24 of 70
SECTION III GENERAL CONDITIONS OF CONTRACT
3.1. Definitions
3.1.1 In this Contract, the following terms shall be interpreted as indicated:
(a) “The Contract” means the agreement entered into between
the Procuring entity and the tenderer, as recorded in the
Contract Form signed by the parties, including all
attachments and appendices thereto and all documents
incorporated by reference therein.
(b) “The Contract Price” means the price payable to the
tenderer under the Contract for the full and proper
performance of its contractual obligations
The Services” means services to be provided by the tenderer including any documents,
which the tenderer is required to provide to the Procuring entity under the Contract.
(c) “The Procuring entity” means the organization procuring
the services under this Contract
(d) “The Contractor” means the organization or firm
providing the services under this Contract.
(e) “GCC” means the General Conditions of Contract
contained in this section.
(f) “SCC” means the Special Conditions of Contract
(g) “Day” means calendar day
Page 25 of 70
3.2. Application
3.2.1 These General Conditions shall apply to the extent that they are not superseded
by provisions of other part of the contract
3.3. Standards
3.3.1 The services provided under this Contract shall conform to the standards
mentioned in the schedule of requirements.
3.4. Use of Contract Documents and Information
3.4.1 The Contractor shall not, without the Procuring entity’s prior written consent,
disclose the Contract, or any provision thereof, or any specification, plan,
drawing, pattern, sample, or information furnished by or on behalf of the
Procuring entity in connection therewith, to any person other than a person
employed by the contractor in the performance of the Contract.
3.4.2 The Contractor shall not, without the Procuring entity’s prior written consent,
make use of any document or information enumerated in paragraph 2.4.1
above.
3.4.3 Any document, other than the Contract itself, enumerated in paragraph 2.4.1
shall remain the property of the Procuring entity and shall be returned (all
copies) to the Procuring entity on completion of the contract’s or performance
under the Contract if so required by the Procuring entity.
3.5. Patent Rights
3.5.1 The Contractor shall indemnify the Procuring entity against all third-party
claims of infringement of patent, trademark, or industrial design rights
arising from use of the services under the contract or any part thereof.
3.6 Performance Security
3.6.1 Within twenty eight (28) days of receipt of the notification of Contract award,
the successful tenderer shall furnish to the Procuring entity the performance
security where applicable in the amount specified in SCC
Page 26 of 70
3.6.2 The proceeds of the performance security shall be payable to the Procuring
entity as compensation for any loss resulting from the Tenderer’s failure to
complete its obligations under the Contract.
3.6.3 The performance security shall be denominated in the currency of the Contract,
or in a freely convertible currency acceptable to the Procuring entity and
shall be in the form of: a) Cash. b) A bank guarantee.
c) Such insurance guarantee approved by the Authority.
d) Letter of credit.
3.6.4 The performance security will be discharged by the Procuring entity and
returned to the Candidate not
later than thirty (30) days following the date of completion of the
Contractor’s performance of obligations under the Contract, including any
warranty obligations, under the Contract.
3.7. Delivery of services and Documents
3.7.1 Delivery of the services shall be made by the Contractor in accordance with the
terms specified by the procuring entity in the schedule of requirements and
the special conditions of contract
3.8. Payment
3.81. The method and conditions of payment to be made to the contractor under this
Contract shall be specified in SCC
3.82. Payment shall be made promptly by the Procuring entity, but in no case later
than sixty (60) days after submission of an invoice or claim by the contractor
3.9. Prices
3.9.1 Prices charges by the contractor for Services performed under the Contract shall
not, with the exception of any price adjustments authorized in SCC vary from
the prices quoted by the tenderer in its tender or in the procuring entity’s
request for tender validity extension the case may be. No variation in or
modification to the terms of the contract shall be made except by written
amendments signed by the parties.
3.9.2 Contract price variations shall not be allowed for contracts not exceeding one
year (12 months)
Page 27 of 70
3.9.3 Where contract price variation is allowed the variation shall not exceed 10% of
the original contract price
3.9.4 Price variation requests shall be processed by the procuring entity within 30
days of receiving the request.
3.10. Assignment
3.10.1 The Contractor shall not assign, in whole or in part, its obligations to perform
under this Contract, except with the Procuring entity’s prior written consent.
3.11. Termination for Default
3.11.1The Procuring entity may, without prejudice to any other remedy for breach of
Contract, by written notice of default sent to the Contractor terminate this Contract
in whole or in part:
(a) if the Contractor fails to provide any or all of the services within the
period(s) specified in the Contract, or within any extension thereof
granted by the Procuring entity.
(b) If the Contractor fails to perform any other obligation(s) under the
Contract
(c) If the Contract in the judgment of the Procuring entity has engaged in
corrupt or fraudulent practices in competing for or in executing the
contract
3.11.2 In the event the Procuring entity terminates the contract in whole or in part, it
may procure, upon such terms and in such manner as it deems appropriate,
services similar to those un-delivered, and the Contractor shall be liable to
the Procuring entity for any excess costs for such similar services. However,
the contractor shall continue performance of the contract to extent not
terminated.
3.12. Termination for Insolvency
3.12.1 The Procuring entity may at any time terminate the contract by giving written
notice to the Contractor if the contractor becomes bankrupt or otherwise
insolvent. In this event, termination will be without compensation to the
Page 28 of 70
contractor, provided that such termination will not prejudice or affect any
right of action or remedy, which has accrued or will accrue thereafter to the
procuring entity.
3.13. Termination for Convenience
3.13.1 The Procuring entity by written notice sent to the contractor, may terminate
the contract in whole or in part, at any time for its convenience. The notice
of termination shall specify that the termination is for the procuring entities
convenience, the extent to which performance of the contractor of the
contract is terminated and the date on which such termination becomes
effective.
3.13.2 For the remaining part of the contract after termination the procuring entity
may elect to cancel the services and pay to the contractor an agreed amount
for partially completed services.
3.14 Resolution of Disputes
3.14.1 The procuring entity and the contractor shall make every effort to resolve
amicably by direct informal negotiations and disagreement or disputes
arising between them under or in connection with the contract
3.14.2 If after thirty (30) days from the commencement of such informal
negotiations both parties have been unable to resolve amicably a contract
dispute either party may require that the dispute be referred for resolution
to the formal mechanisms specified in the SCC.
3.15. Governing Language
3.15.1. The contract shall be written in the English language. All correspondence and
other documents pertaining to the contract, which are exchanged by the
parties shall be written in the same language.
3.16. Applicable Law
3.16.1 The contract shall be interpreted in accordance with the laws of Kenya unless
otherwise expressly specified in the SCC.
Page 29 of 70
3.17 Force Majeure
3.17.1 The Contractor shall not be liable for forfeiture of its performance security, or
termination for default if and to the extent that its delay in performance or
other failure to perform its obligations under the Contract is the result of an
event of Force Majeure.
3.18 Notices
3.18.1 Any notices given by one party to the other pursuant to this contract shall be
sent to the other party by post or by Fax or Email and confirmed in writing to
the other party’s address specified in the SCC.
3.18.2 A notice shall be effective when delivered or on the notices effective date,
whichever is later.
SECTION IV - SPECIAL CONDITIONS OF CONTRACT
Notes on Special Conditions of Contract
1. The clauses in this section are intended to assist the procuring entity in
providing contract-specific information in relation to corresponding clauses in
the General Conditions of Contract
2. The Provisions of Section IV complement the General Conditions of Contract
included in Section III, specifying contractual requirements linked to the
special circumstances of the procuring entity and the insurance cover required.
In preparing Section IV, the following aspects should be taken into
consideration.
(a) Information that complement provisions of Section III must be incorporated;
and
(b) Amendments and/or supplements to provisions of Section III, as
necessitated by the circumstances of the specific insurance cover required
must also be incorporated.
3. Where there is a conflict between the provisions of the special conditions of
contract and the provisions of the general conditions of contract, the provisions
of the special conditions of contract shall prevail over the provisions of the
general conditions of contract.
4. Any clause to be included in this section must be consistent with the applicable
public procurement law and regulations.
Page 31 of 70
SECTION IV - SPECIAL CONDITIONS OF CONTRACT
(A) SPECIAL CONDITIONS OF CONTRACT
Reference of general conditions of
contract
Special condition of contract
3.6 Performance security
The Insurance Company shall submit
Performance Bond Worth 10% of the Contract
Price prior to execution of the contract.
3.7 Delivery of Services
The Insurance company shall upon signing the contract provide the University with the policy documents in respect of the Medical Covers within thirty (30) days.
3.8 Settlement of Claims
The Insurance company shall settle claims as soon as reasonable to ensure that preferred Hospitals do not turn away the University Staff seeking medical services.
3.8.1 Payment Mode Payment shall be made as follows; 50% upon signing of the Contract.
Remaining 50% being second installment within
30 days of payment of the first installment.
3.9 Price adjustment
No Variation or amendment of Price quoted by the tenderer shall be made except by written consent by the parties.
3.16 Applicable law
Laws of Kenya
3.18 Notices
The Vice Chancellor
MACHAKOS UNIVERSTY
P.O Box 136-90100
Machakos
Page 32 of 70
SECTION IV (B) CONDITIONS TO BE MET BY THE INSURANCE COMPANY
4.1.1 Must be registered with the Insurance Regulatory Authority for the
current year and a copy of the current certificate be submitted.
4.1.2 Must have done annual gross underwritten premiums under general
insurance in the previous year (2018) of not less than Kshs.4 Billion.
(Attach Evidence)
4.1.3 Must prove profitability in the previous year (2018) attach evidence.
4.1.4 Must have done annual premiums under medical insurance in the
previous year (2018) of not less than Kshs.1 Billion. (Attach Evidence)
4.1.5 Must have paid up capital of at least Kshs.500 million. (Attach Evidence)
4.1.6 Must submit a copy of the audited accounts for the last three previous
years (2016, 2017 and 2018)
4.1.7 Must have total number of management staff of at least 10 people.
4.1.8 Must be a current member of the Association of Kenya Insurance (AKI)-
Attach copy
4.1.7 Must submit Ratio(s) of claims paid to claims reported for the last three
years.
4.1.8 Provide evidence that the company has been registered and in operation for at least the
last ten (10) years.
4.1.9 Must attach CVs of key management and technical staff
4.1.10 Must also submit copies of the following documents:
- Certificate of Registration/Incorporation
-PIN and VAT Registration Certificates
-Tax Compliance Certificate
4.1.11 The Bidder must sign, stamp and fill in detailed tender Form
4.1.12 The bidder is required to serialize the pages of each bid submitted
Page 33 of 70
CRITERIA OF EVALUATION
RISKS: MEDICAL INSURANCE COVER – 2019/2020
The process of evaluation and comparison of tenders will be merit point system, and
shall be as follows: -
- Confirmation of compliance with mandatory requirements: Bidders who
fail to comply with any of the mandatory requirements shall be treated as non
responsive and rejected at this stage.
- Technical Evaluation: Bidders who were responsive under the mandatory
evaluation criteria shall be evaluated as per the Technical Evaluation Criteria
set out in the table below. Bidders are required to score at least 70% to qualify
for further evaluation under the Commercial Evaluation Criteria.
- Commercial Evaluation: The quotations received from the responding
bidders shall be evaluated and ranked from the lowest to the highest provided
that the quotations were obtained from the eligible insurers as specified.
-
A. MANDATORY REQUIREMENTS
YES/NO
A1 Submit a Copy Certificate of Incorporation/Registration
A2 Submit a Copy of CR12
A3 Must fill the price schedule in the format provided in the tender document
A4 Must serialize the pages of each bid submitted
A5 The firm must have relevant experience of at least ten (10) years
Page 34 of 70
A6 Must confirm usage or in partnership with firms administering use of
medical smart cards (biometric cards)
A7 Submit a copy of tender security (Value 2% of total premium) Payable to
Machakos University
A8 Submit a Copy of valid Tax Compliance Certificate from KRA
A9 Submit a Copy of a Current Business License
A10 Professional Indemnity limit (at least 50 Million)
A11 Attach a P.I.N Certificate
A12 Submit Audited Accounts for the last three current years
(2016,2017,2018)
A13 Must attach a credit rating by renown credit rating agency and equally
submit current reference letters confirming credit facilities from the
following major hospitals among others: Nairobi Hospital, Gertrude
Hospital, Mater Hospital, MP. Shah hospital, Karen Hospital Aga khan
Hospital.
A14 Satisfactory completion of the Confidential Business Questionnaire
A15 Must complete the Form of Tender in the Format provided. The form of
tender shall only be binding if it is duly filled, signed and stamped.
A16 Must submit ALL the documents/evidence required under Section IV (B)
above (Special Conditions of contract) - Conditions to be met by the
Insurance Company
A17 Statement of verification that the firm is not debarred in the Matter of Public Procurement and Asset Disposal Act, 2015
A18
Must have handled at least five corporate clients with similar contract of
at least Kshs.50 Million each on Medical Insurance in 2018 (Attach
copies of five contracts, award letters as evidence from the respective
stated clients
Page 35 of 70
B TECHNICAL EVALUATION (Documentary evidence MUST be
provided for each requirement – non-compliance shall lead to
disqualification or nil points)
POINTS
B1 a) Technical Proposal
Attach a detailed technical proposal on how you plan to implement the
contract as per our requirements
25
Submit Audited Accounts for the last three current years (2016,2017,2018)
Financial stability
1. Evidence of profit making in the attached 3 years audited reports – (2
point per year)- Max 15 Points (5 marks for each year)
15
B2 b) Company profile
Give a detailed company profile showing qualification and years of
experience of the management team in Medical Insurance
………………………………………..........................................................
......
5
Page 36 of 70
B3 c) Corporate Clients
Starting with the most current, indicate similar assignments with at least 5 firms in
the last 3 years (2016-2018).
Provide references containing period, volume of business, discharge terms and
recommendation. The references from the respective firms must be written within the
bid period. (Minimum premium handled at least 100 million.)
With at least 5 referees worth 100m and above ……………………....5
Between 50m-100m…………………………………………………….3
With less than 5 referees worth 50m and above ……………....……….0
15
B4 With regard to this contract, list four (4) professional staff and specify portfolio/task
A. Chief Executive Officer
Bachelor of Commerce (Insurance)/BSc. (Actuarial Sc.) ……..…..……0.5
20
Page 37 of 70
Page 38 of 70
Experience
Over 5 years
…………………………………………………………………………………3
2-5 years
…………………………………………………………………………………2
1-2
years…………………………………………………………………………1
Under 1 year
……………………………………………………………………………….0
D. Key personnel No. 4
Bachelor of Commerce (Insurance)/BSc. (Actuarial Sc.)
………………………....……0.5
Certificate of Proficiency in Insurance Level II
………………………………………..…..0.5
Associate of Chartered Institute of Insurance
…………………………………….…..0.5
Fellow of Chartered Institute of Insurance
……………………………………….…...…..0.5
Experience
Over 5 years
……………………………………………………………………………….…
….3
2-5 years
…………………………………………………………………………………
……2
1-2 years
…………………………………………………………………………………
……1
Under 1 year
……………………………………………………………………….…………
……0
Page 39 of 70
B5 Highest business volume handled in the last three (3) years in Medical Insurance
Cover Over Ksh.1 Billion
………………………………………………………………………………3
Over Ksh.500million – Ksh.1Billion
…………………………………………..……………………2
Below 500million
………………………………………………………………………….1
3
B6 Litigation history
Please submit an undertaking that no matter of litigation is pending in court against Directors, firm, Staff & Assigns of your organization under similar a assignment.
Indicate any convictions in the past against the firm, directors or partners.
(provide details i.e. status, value and period)
With no adverse litigation
history...………………………………………………………2
With adverse litigation history
………………………………………………………..…0
2
B7 Document Conformity/Presented in the required format
……………………………………………………..
5
B8 Provide actual turn-around time for settling Medical claims (attach evidence)
1-5 days -10
6-10 days -8
11-15 days-6
15-30 days- 4
Beyond 30 days-0
10
FULL DISCLOSURE
All bidders are expected to disclose fully all matters of their business without
reservations. This MUST include, but not restricted, to all exclusions, riders and
enhancements, authorized subcontracted agents. Undisclosed aspects may
jeopardize the contract even when awarded
TOTAL
100
Weight: Technical Score- 70 points Financial Score-30 points
Page 40 of 70
Note:
i) Any bidder who will not meet any of the above requirements will be disqualified from
further evaluation. Bidders must meet all responsiveness requirements to qualify for
technical evaluation
ii) Bidders must note that due diligence may be carried out on the authenticity of the information
provided such as on the Auditor’s professional standing from Institute of Certified Public
Accountants, Financial statements from the Insurance Regulatory Authority/Association of
Kenya Insurers, status of the tax compliance certificate from Kenya Revenue Authority or
from any other sources that may be deemed necessary and appropriate or any other
documentation provided by the bidder in this process.
To qualify for financial evaluation the bidder must score 70% of the technical evaluation)
Scoring criteria for financial aspects will be based on a ranked basis. The bidder
quoting the lowest total premiums having attained 70% technical score shall be
ranked first and a score awarded relative to the other bidders’ price quotations.
The award criteria shall incorporate all the scored attributes to determine the
bidder who emerges with the BEST VALUE FOR MONEY PACKAGE.
Any information provided by the bidder may be verified by the University and
must include all exclusions
Page 41 of 70
SECTION V - SCHEDULE OF REQUIREMENTS
Notes for preparing Schedule of Requirements.
1. The schedule of Requirements shall be included in the tender documents by
the procuring entity and shall cover, at the minimum, a description of the
insurance cover to be provided and full particulars of the same.
2. The objectives of the schedule of requirements is to provide sufficient
information to enable tenderers to prepare their tenders comprehensively,
efficiently and accurately. In particular the price schedule for which a form is
provided in Section VI must be carefully completed.
3. In addition, the schedule of requirements together with the price schedule
should serve as a basis in the event of services variation at the time of award of
contract pursuant to instruction to tenderers paragraph 2.
SECTION V - SCHEDULE OF REQUIREMENTS
TERMS OF REFERENCE FOR MEDICAL INSURANCE COVER FOR MANAGEMENT AND
STAFF OF MACHAKOS UNIVERSITY: 2020/2021 FY
1.0 Introduction
Machakos University (MksU) is one of the twenty-two public Universities established
under the Public Universities Act (2012).
MksU intends to contract the services of an experienced Medical Insurance Provider to
provide medical services to:
a) The Management Staff.
b) Staff of Machakos University plus their immediate legal dependents (spouse and
children).
2.0 Objective of the Medical Cover
The primary objective is to provide a comprehensive and enhanced in-patient and outpatient
general medical and maternity cover for the Council Members, Management, MksU staff and
their immediate legal dependents.
Page 42 of 70
3.0 Scope
The provider is expected to provide efficient and effective medical services for the Council
Members, Management, MksU staff and their immediate legal dependants.
4.0 Specific services:
The Health Insurance Provider is expected to provide the following medical services;
Description of services required
(A) In-patient medical Cover
The salient features of the in-patient cover to be procured are as follows: -
i) General inpatient services
• Diagnostic consultation services from medical practitioners registered with the relevant
regulatory body
• Medical Specialists’ fees
• Hospital board and accommodation fees in ward bed.
• Operating theatre fees, High Dependency Unit, Intensive Care Unit charges,
Laboratory, Radiological services, and Physiotherapy services.
• Diagnostic and therapeutic Radiological services and any other medical procedure
advised by a qualified and duly licensed medical practitioner.
• Scheduled drugs, dressings and other medical or surgical materials purchased on the
recommendation of an approved medical practitioner such as costs, splints, trusses,
braces, crutches, or artificial limbs prescribed as a result of accidental bodily injury or
disease.
• Caretaker fees for pediatric admissions of age 10 (ten) years and below; caretaker fees
should include bed and meals for the caretaker.
• Medical services for pre-existing and chronic conditions.
• Medical services for HIV/AIDS including counseling, treatment, providing
antiretroviral and opportunistic conditions.
• Road and air ambulance evacuation within Kenya.
B) Outpatient Medical Services
• Consultation
• Surgery
• Dressing
• Ante-natal and post-natal
Page 43 of 70
• Dental
• Optical
• Physiotherapy
• Laboratory tests
• HIV/AIDS Counseling, testing and provision of anti-retroviral drugs
• Attendance to other opportunistic and terminal illness
• At least one general medical checkup
• Any other out-patient services not mentioned herein above.
The service provider will be expected to:
a) Deliver health talk and wellness clinic to scheme members at least once a year.
b) Liaise with the Human Resources Department to get the details of all employees
and their dependants.
c) Train the members on the operations of the medical scheme.
5.0 List of service providers
The Bidder must provide a comprehensive list of their nominated medical service
providers including contact numbers i.e. hospitals, clinics, pharmacies, consultants with
a view to addressing the population distribution of the membership. Where such facilities
registered by the Health Insurance Provider cannot be accessed, the Health Insurance
Provider should be able to:
a) Meet/ reimburse the cost of treatment of employees and their dependants and/or
b) Liaise with the local medical institutions and private doctors to offer needed
service.
Such a scenario may be in cases of emergency and being in a region where the Health Insurance
Provider does not have a medical provider.
6.0 Misuse of the Medical Cover
The Health Insurance Provider is expected to report to MksU immediately in case of any misuse
of the medical cover by the beneficiaries.
7.0 Reporting
The Health Insurance provider shall be responsible to the Vice Chancellor through the Head
of Human Resource Department.
9.0 Commencement Date
The Health Insurance Provider is expected to start providing the employee medical cover
on 1st March 2020 after signing the contract.
Page 44 of 70
10.0 Period of Cover
The Health Insurance Provider is expected to provide medical services to the
Management and staff of MksU plus their (staff) dependants for a period of 12 months
from the date of inception. The contract may be renewed for another 12 months by mutual
agreement and Satisfactory Performance.
INSURANCE SCHEME LIMITS (INPATIENT/OUTPATIENT) PER YEAR
CATEGORY GROUP Out Patient
Limit (Ksh) Per
Year
In Patient
Limit (Ksh)
Per Year
VC Vice Chancellor 7,000,000 700,000
DVC Deputy Vice Chancellors 5,000,000 500,000
CM Council Members 2,000,000 300,000
A. Professors, Registrars, Chief
Finance Officer
2,000,000 300,000
B. Associate Professors 1,800,000 300,000
C. Deputy Registrar 1,700,000 300,000
D. Senior Lecturers, Senior
Assistant Registrars
1,600,000 250,000
E. Lecturers, Assistant lecturers,
Tutorial Fellows
1,200,000 200,000
F. Assistant Registrars 1,000,000 200,000
G. Grade 11 900,000 180,000
H. Grade E/F 800,000 180,000
I. Grade C/D 700,000 150,000
J. Grade A/B 500,000 150,000
K. Grade III/IV 300,000 100,000
L. Grade I/II 200,000 100,000
Page 45 of 70
M-Plus 2020
S/NO. GRADE MPLUS NO TOTAL
In Patient
Limit
Out
Patient
Limit
Dental
Limit
Optica
l Limit
Categor
y
1 CM M+0 6 6 2,000,000 300,000 20,000 20,000 CM
2 18 M+1 1 1 7,000,000 700,000 50,000 50,000 VC
17 M+4 2
M+1 1 3 5,000,000 500,000 50,000 50,000 DVC
4 15 M+5 0
M+4 2
M+3 1
M+2 2
M+1 4
M+0 1 10 2,000,000 300,000 20,000 20,000 A
5 14
Teachin
g
M+5 0
M+4 0
M+3 3
M+2 1
M+1 3
M+0 0 7 1,800,000 300,000 20,000 20,000 B
6 14 Non-
Teachin
g
M+5 0
M+4 0
M+3 1
M+2 0
M+1 0
M+0 0 1 1,700,000 300,000 20,000 20,000 C
7 13 M+5 2
Page 46 of 70
M+4 5
M+3 5
M+2 2
M+1 2
M+0 0 16 1,600,000 250,000 20,000 20,000 D
8 12 &11
Teachin
g
M+5 5
M+4 21
M+3 32
M+2 25
M+1 19
M+0 21 123 1,200,000 200,000 20,000 20,000 E
9 12 M+5 0
Non-
Teachin
g M+4 1
M+3 1
M+2 0
M+1 1
M+0 0 3 1,000,000 200,000 20,000 20,000 F
10 11 M+5 2
Non-
Teachin
g M+4 4
M+3 13
M+2 16
M+1 11
M+0 10 56 900,000 180,000 20,000 20,000 G
11 9/10 M+5 2
M+4 9
M+3 10
M+2 8
M+1 5
M+0 4 38 800,000 180,000 20,000 20,000 H
12 7/8 M+5 1
M+4 7
Page 47 of 70
M+3 9
M+2 9
M+1 10
M+0 12 48 700,000 150,000 20,000 20,000 I
13 5/6 M+5 2
M+4 13
M+3 27
M+2 26
M+1 25
M+0 23 116 500,000 150,000 20,000 20,000 J
14 3/4 M+5 1
M+4 9
M+3 6
M+2 16
M+1 18
M+0 15 65 300,000 100,000 20,000 20,000 K
15 1/2 M+5 0
M+4 2
M+3 3
M+2 5
M+1 6
M+0 2 18 200,000 100,000 20,000 20,000 L
TOTAL 511
Page 48 of 70
IN- PATIENT COVER PER YEAR -PRICE SCHEDULE
Vice Chancellor (1) (Executive wing)
FAMILY SIZE NO. OF
FAMILIES
IN PATIENT
BENEFIT (K.Shs.)
RATE
(K.Shs.)P.a
TOTAL PREMIUM
(K.Shs.)P.a
Member + 1 1 7,000,000.00
Deputy Vice Chancellor (3) (Executive wing)
FAMILY
SIZE
NO. OF
FAMILIES
IN PATIENT
BENEFIT (K.Shs.)
RATE
(K.Shs.)
P.a
TOTAL PREMIUM
(K.Shs.) p.a
Member + 0 0
5,000,000.00
Member + 1 1
Member + 2 0
Member + 3 0
Member + 4 2
Member + 5 0
Council Member (6) (Executive wing)
FAMILY SIZE NO. OF
FAMILIES
IN PATIENT
BENEFIT (K.Shs.)
RATE
(K.Shs.)P.a
TOTAL PREMIUM
(K.Shs.)P.a
Member + 0 6 2,000,000
Staff Members Category A (10)
FAMILY SIZE N0. OF
FAMILIES
IN-PATIENT
BENEFIT (K.Shs.)
RATE
(K.Shs.)
P.a
TOTAL PREMIUM
(K.Shs.) P.a
Member +0 1
2,000,000.00
Member+ 1 4
Member + 2 2
Member + 3 1
Page 49 of 70
Member + 4 2
Member + 5 0
Category B (7)
FAMILY SIZE No. OF
FAMILIES
IN PATIENT
BENEFIT
(K.Shs.)
RATE
(K.Shs.)P.a
TOTAL
PREMIUM
(K.Shs.) P.a
Member + 0 0
1,800,000.00
Member+ 1 3
Member + 2 1
Member + 3 3
Member + 4 0
Member + 5 0
Category C (1)
FAMILY SIZE No. OF
FAMILIES
IN PATIENT
BENEFIT (K.Shs.)
RATE
(K.Shs.)P.a
TOTAL PREMIUM
(K.Shs.) P.a
Member + 0 0
1,700,000.00
Member+ 1 0
Member + 2 0
Member + 3 1
Member + 4 0
Member + 5 0
Category D (16)
FAMILY SIZE No. OF
FAMILIES
IN PATIENT
BENEFIT (K.Shs.)
RATE
(K.Shs.)P.a
TOTAL PREMIUM
(K.Shs.)P.a
Member + 0 0
1,600,000.00
Member+ 1 2
Member + 2 2
Member + 3 5
Member + 4 5
Member + 5 2
Category E (123)
FAMILY SIZE No. OF
FAMILIES
IN PATIENT BENEFIT
(K.Shs.)
RATE
(K.Shs.) P.a
TOTAL PREMIUM
(K.Shs.) P.a
Page 50 of 70
Member + 0 21
1,200,000.00
Member+ 1 19
Member + 2 25
Member + 3 32
Member + 4 21
Member + 5 5
Category F (3)
FAMILY SIZE No. OF
FAMILIES
IN PATIENT BENEFIT
(K.Shs.)
RATE
(K.Shs.) P.a
TOTAL PREMIUM
(K.Shs.) P.a
Member + 0 0
1,000,000.00
Member+ 1 1
Member + 2 0
Member + 3 1
Member + 4 1
Member + 5 0
Category G (56)
FAMILY SIZE No. OF
FAMILIES
IN PATIENT
BENEFIT (K.Shs.)
RATE
(K.Shs.)
P.a
TOTAL PREMIUM
(K.Shs.) P.a
Member + 0 10
900,000.00
Member+ 1 11
Member + 2 16
Member + 3 13
Member + 4 4
Member + 5 2
Category H (38)
FAMILY SIZE No. OF
FAMILIES
IN PATIENT
BENEFIT (K.Shs.)
RATE
(K.Shs.)P.a
TOTAL PREMIUM
(K.Shs.) P.a
Member + 0 4
800,000.00
Member+ 1 5
Member + 2 8
Member + 3 10
Member + 4 9
Member + 5 2
Page 51 of 70
Category I (48)
FAMILY
SIZE
No. OF
FAMILIES
IN PATIENT
BENEFIT (K.Shs.)
RATE
(K.Shs.)
P.a
TOTAL PREMIUM
(K.Shs.) P.a
Member + 0 12
700,000.00
Member+ 1 10
Member + 2 9
Member + 3 9
Member + 4 7
Member + 5 1
Category J (116)
FAMILY SIZE No. OF
FAMILIES
IN PATIENT BENEFIT
(K.Shs.)
RATE
(K.Shs.)P.a
TOTAL
PREMIUM
(K.Shs.) P.a
Member + 0 23
500,000.00
Member + 1 25
Member + 2 26
Member + 3 27
Member + 4 13
Member + 5 2
Category K(65)
FAMILY SIZE No. OF
FAMILIES
IN PATIENT
BENEFIT (K.Shs.)
RATE
(K.Shs.)
P.a
TOTAL PREMIUM
(K.Shs.)P.a
Member + 0 15
300,000.00
Member + 1 18
Member + 2 16
Member + 3 6
Member + 4 9
Member + 5 1
Page 52 of 70
Category L (19)
FAMILY SIZE No. OF
FAMILIES
IN PATIENT
BENEFIT (K.Shs.)
RATE
(K.Shs.)P.a
TOTAL PREMIUM
(K.Shs.) P.a
Member + 0 2
200,000.00
Member+ 1 6
Member + 2 5
Member + 3 3
Member + 4 2
Member + 5 0
Sub - Total
VAT
TOTAL COST IN PATIENT
Page 53 of 70
OUT - PATIENT COVER PER YEAR -PRICE SCHEDULE
Vice Chancellor (1) (Executive wing)
FAMILY SIZE NO. OF
FAMILIES
OUT PATIENT
BENEFIT (K.Shs.)
RATE
(K.Shs.)P.a
TOTAL PREMIUM
(K.Shs.)P.a
Member + 1 1 700,000.00
Deputy Vice Chancellor (3) (Executive wing)
FAMILY
SIZE
NO. OF
FAMILIES
OUT PATIENT
BENEFIT (K.Shs.)
RATE
(K.Shs.)
P.a
TOTAL PREMIUM
(K.Shs.) p.a
Member + 0 0
500,000.00
Member + 1 1
Member + 2 0
Member + 3 0
Member + 4 2
Member + 5 0
Council Members (6) (Executive wing)
FAMILY SIZE NO. OF
FAMILIES
OUT PATIENT
BENEFIT (K.Shs.)
RATE
(K.Shs.)P.a
TOTAL PREMIUM
(K.Shs.)P.a
Member + 0 6 300,000.00
Staff Members Category A (10)
FAMILY SIZE N0. OF
FAMILIES
OUT -PATIENT
BENEFIT (K.Shs.)
RATE
(K.Shs.)
P.a
TOTAL PREMIUM
(K.Shs.) P.a
Member + 0 1
300,000.00
Member+ 1 4
Member + 2 2
Member + 3 1
Member + 4 2
Member + 5 0
Category B (7)
FAMILY SIZE No. OF
FAMILIES
OUT PATIENT
BENEFIT (K.Shs.)
RATE
(K.Shs.)P.a
TOTAL PREMIUM
(K.Shs.) P.a
Member + 0 0
300,000.00
Member+ 1 3
Member + 2 1
Page 54 of 70
Member + 3 3
Member + 4 0
Member + 5 0
Category C (1)
FAMILY SIZE No. OF
FAMILIES
OUT PATIENT
BENEFIT (K.Shs.)
RATE
(K.Shs.)P.a
TOTAL PREMIUM
(K.Shs.) P.a
Member + 0 0
300,000.00
Member+ 1 0
Member + 2 0
Member + 3 1
Member + 4 0
Member + 5 0
Category D (16)
FAMILY SIZE No. OF
FAMILIES
OUT PATIENT
BENEFIT (K.Shs.)
RATE
(K.Shs.)P.a
TOTAL PREMIUM
(K.Shs.)P.a
Member + 0 0
250,000.00
Member+ 1 2
Member + 2 2
Member + 3 5
Member + 4 5
Member + 5 2
Category E (123)
FAMILY SIZE No. OF
FAMILIES
OUT PATIENT
BENEFIT
(K.Shs.)
RATE
(K.Shs.) P.a
TOTAL PREMIUM
(K.Shs.) P.a
Member + 0 21
200,000.00
Member+ 1 19
Member + 2 25
Member + 3 32
Member + 4 21
Member + 5 5
Category F (3)
FAMILY SIZE No. OF
FAMILIES
OUT PATIENT
BENEFIT
(K.Shs.)
RATE
(K.Shs.) P.a
TOTAL PREMIUM
(K.Shs.) P.a
Member + 0 0
Page 55 of 70
Member+ 1 1
200,000.00
Member + 2 0
Member + 3 1
Member + 4 1
Member + 5 0
Category G (56)
FAMILY SIZE No. OF
FAMILIES
OUT PATIENT
BENEFIT (K.Shs.)
RATE
(K.Shs.)
P.a
TOTAL PREMIUM
(K.Shs.) P.a
Member + 0 10
180,000.00
Member+ 1 11
Member + 2 16
Member + 3 13
Member + 4 4
Member + 5 2
Category H (38)
FAMILY SIZE No. OF
FAMILIES
OUT PATIENT
BENEFIT (K.Shs.)
RATE
(K.Shs.)P.a
TOTAL PREMIUM
(K.Shs.) P.a
Member + 0 4
180,000.00
Member+ 1 5
Member + 2 8
Member + 3 10
Member + 4 9
Member + 5 2
Category I (48)
FAMILY
SIZE
No. OF
FAMILIES
OUT PATIENT
BENEFIT (K.Shs.)
RATE
(K.Shs.)
P.a
TOTAL PREMIUM
(K.Shs.) P.a
Member + 0 12
150,000.00
Member + 1 10
Member + 2 9
Member + 3 9
Member + 4 7
Member + 5 1
Page 56 of 70
Category J (116)
FAMILY SIZE No. OF
FAMILIES
OUT PATIENT
BENEFIT
(K.Shs.)
RATE
(K.Shs.)P.a
TOTAL
PREMIUM
(K.Shs.) P.a
Member + 0 23
150,000.00
Member+ 1 25
Member + 2 26
Member + 3 27
Member + 4 13
Member + 5 2
Category K (65)
FAMILY SIZE No. OF
FAMILIES
OUT PATIENT
BENEFIT (K.Shs.)
RATE
(K.Shs.)
P.a
TOTAL PREMIUM
(K.Shs.)P.a
Member + 0 15
100,000.00
Member + 1 18
Member + 2 16
Member + 3 6
Member + 4 9
Member + 5 1
Category L (19)
FAMILY SIZE No. OF
FAMILIES
OUT PATIENT
BENEFIT (K.Shs.)
RATE
(K.Shs.)P.a
TOTAL PREMIUM
(K.Shs.) P.a
Member + 0 2
100,000.00
Member+ 1 6
Member + 2 5
Member + 3 3
Member + 4 2
Member + 5 0
Sub - Total
VAT
TOTAL COST OUT PATIENT
Total Cost Out Patient Kshs --------------and In Patient Kshs---------------------
Page 57 of 70
SECTION VI - STANDARD FORMS
Notes on the standard Forms
1. Form of TENDER - The form of Tender must be completed by the tenderer and submitted
with the tender documents. It must also be duly signed by duly authorized representatives
of the tenderer.
2. Price Schedule Form- The price schedule form must similarly be completed and
submitted with the tender.
3. Contract Form -The contract form shall not be completed by the tenderer at the time of
submitting the tender. The contract form shall be completed after contract award and
should incorporate the accepted contract price.
4. Confidential Business Questionnaire Form - This form must be completed by the
tenderer and submitted with the tender documents.
5. Tender Security Form - When required by the tender document the tenderer shall provide
the tender security either in the form included hereinafter or in another format acceptable
to the procuring entity.
6. Performance security Form - The performance security form should not be completed by
the tenderer at the time of tender preparation. Only the successful tenderer will be required
to provide performance security in the form provided herein or in another form acceptable
to the procuring entity.
Page 59 of 70
7. FORM OF TENDER
To: Date:
Name and address of procuring entity
Tender No.
Tender Name
Gentlemen and/or Ladies: -
1. Having examined the Tender documents including Addenda No. (Insert numbers) …….. the
receipt of which is hereby duly acknowledged, we the undersigned, offer to provide
Insurance Services under this tender in conformity with the said Tender document for the
sum of
….……………………………………………………………………………………………
…………
……Total Tender amount in words and figures] or such other sums as may be ascertained
in accordance with the Schedule of Prices attached herewith and made part of this
Tender.
2. We undertake, if our Tender is accepted, to provide the Insurance Cover Services in
accordance with the conditions of the tender.
3. We agree to abide by this Tender for a period of …………….[number] days from the date
fixed for Tender opening of the Instructions to Tenderers, and it shall remain binding upon
us and may be accepted at any time before the expiration of that period.
4. This Tender, together with your written acceptance thereof and your notification of award,
shall constitute a Contract between us subject to the signing of the contract by both parties.
5. We understand that you are not bound to accept the lowest or any tender you may receive.
Dated this day of
20…..
[Signature] [In the capacity of]
Duly authorized to sign tender for and on behalf of
Page 60 of 70
1. PRICE SCHEDULE FORM
ITEM NO. DESCRIPTION OF INSURANCE
COVER
TOTAL PREMIUM
(KSHS.)
1.
2.
3.
4.
5.
6
7
8
9
10
11
12
Page 61 of 70
2. CONTRACT FORM
THIS AGREEMENT made the ___________day of_____________ 20 ___________ between
[name of Procurement entity] of [country of Procurement entity] (hereinafter called
“the Procuring entity”) of the one part and [name of tenderer] of [city
and country of tenderer] (hereinafter called “the tenderer”) of the other part:
WHEREAS the Procuring entity invited tenders for the Provision of Medical cover and has
accepted a
tender by the tenderer for the supply of the services in the sum of
[contract price in words in figures] (hereinafter called “the Contract
Price”).
NOW THIS AGREEMENT WITNESSTH AS FOLLOWS:-
1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as part of this
Agreement, viz:
(a) the Tender Form and the Price Schedule submitted by the tenderer;
(b) the Schedule of Requirements
(c) the Details of cover
(d) the General Conditions of Contract
(e) the Special Conditions of Contract; and
(f) the Procuring entity’s Notification of Award
3. In consideration of the payments to be made by the Procuring entity to the tenderer as
hereinafter mentioned, the tenderer hereby covenants with the Procuring entity to provide
the GPA cover and to remedy defects therein in conformity in all respects with the
provisions of the Contract.
4. The Procuring entity hereby covenants to pay the tenderer in consideration of the provision
of the services and the remedying of defects therein, the Contract Price or such other sum
Page 62 of 70
as may become payable under the provisions of the contract at the times and in the manner
prescribed by the contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance
with their respective laws the day and year first above written
Signed, sealed, delivered by the (for the Procuring entity)
Signed, sealed, delivered by the (for the tenderer) in the presence of
Page 63 of 70
3. CONFIDENTIAL BUSINESS QUESTIONNAIRE
You are requested to give the particular indicated in Part 1 and either Part 2(a), 2(b), or 2(c)
Which ever applies to your type of business
You are advised that it is a serious offence to give false information on this Form.
Part ________ General:
Business Name …………………………………………………………
Location of business premises ……………………………………
Plot No. ……………………………….. Street/Road ………………………
Postal Address …………………………… Tel. No. …………..Fax …………
Email ………......................
Nature of business ………………………………………………………………
Registration Certificate No. …………………………………………………………
Maximum value of business which you can handle at any one time Kshs.
Name of your bank …………………………….. Branch ………………………
Part 2(a) – Sole Proprietor:
Your name in full ……………………………………………. Age ……………………….
Nationality …………………………….. Country of origin ……………………………..
Citizenship details………………………………………………………………………..
Party 2(b) – Partnership
Page 64 of 70
Give details of partners as follows:
Name Nationality Citizenship Details Shares
1. ……………………………………………………………………………………………
………
2. ……………………………………………………………………………………………
………
3. ……………………………………………………………………………………………
……..
4. ……………………………………………………………………………………………
……..
5. ……………………………………………………………………………………………
……….
Part 2(c) – Registered Company:
Private or public
…………………………………………………………………………………………
State the nominal and issued capital of the company –
Nominal Kshs.. ………………………………………………
Issued Kshs………………………………………………….
Give details of all directors as follows
Name Nationality Citizenship Details Shares
1. ……………………………………………………………………………………………
………
2. ……………………………………………………………………………………………
………
3. ……………………………………………………………………………………………
……..
4. ……………………………………………………………………………………………
……..
5. ………………………………………………………………………………………
Page 65 of 70
Date………………………………………….. Signature of Tenderer
…………………………………..
If a citizen, indicate under “Citizenship Details” whether by Birth, Naturalization or Registration
Page 66 of 70
4. TENDER SECURITY FORM
Whereas [name of Bidder] (hereinafter called <the tenderer> has submitted its bid dated [date of
submission of bid] for the provision of insurance services (hereinafter called <the tender?
KNOW ALL PEOPLE by these presents that WE [name of bank] of [name of country], having
our registered office at [name of procuring entity] (hereinafter called <the procuring entity> in the
sum of [state the amount] for which payment well and truly to be made to the said procuring
entity, the Bank
binds itself, its successors, and assigns by these presents. Sealed with the Common Seal of the
said Bank
this day of 20
THE CONDITIONS of this obligation are:-
1. If the tenderer withdraws its tender during the period of tender validity specified by the
procuring entity on the Form; or
2. If the tender, having been notified of the acceptance of its tender by the procuring entity
during the period of tender validity
(a) fails or refuses to execute the Contract Form, if required; or
(b) fails or refuses to furnish the performance security, in accordance with the
Instructions to tenders.
We undertake to pay to the procuring entity up to the above amount upon receipt of its first written
demand, without the procuring entity having to substantiate its demand, provided that in its
demand the procuring entity will note that the amount claimed by it is due to it, owing to the
occurrence of one or both of the conditions, specifying the occurred condition(s)
This tender guarantee will remain in force up to and including thirty (30) days after the period of
tender validity, and any demand in respect thereof should reach the Bank not later than the above
stated date.
[Authorized Signatories and official stamp of the Bank]
Page 67 of 70
(Amend accordingly if provided by Insurance Company)
5. PERFORMANCE SECURITY FORM
To: …………………………….
[Name of procuring entity]
WHEREAS ……………………………………………. [name of tenderer]
(Hereinafter called “the tenderer”) has undertaken, in pursuance of Contract No.
[reference number of the contract] dated 20
to supply
……………………………………………….
[description of insurance services] (Hereinafter called “the Contract”)
AND WHEREAS it has been stipulated by you in the said Contract that the tenderer shall furnish
you with a bank guarantee by a reputable bank for a sum specified therein as security for
compliance with the Tenderer’s performance obligations in accordance with the Contract
AND WHEREAS we have agreed to give the tenderer a guarantee:
THERFEFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the
tenderer, up to a total of ……………………………
[amount of the guarantee in words and figures], and we undertake to pay you, upon your first
written demand declaring the tenderer to be in default under the Contract and without cavil or
argument, any sum of money within the limits of …………………………………………………
[Amount of guarantee] as
aforesaid, without your needing to prove or to show grounds or reasons for your demand or the
sum specified therein.
This guarantee is valid until the day of
20
Signature and seal of the Guarantors
Page 68 of 70
[Name of bank of financial institution]
[Address]
[Date]
(Amend accordingly if provided by Insurance Company)
LETTER OF NOTIFICATION OF AWARD
Page 69 of 70
Address of Procuring Entity
_____________________
To :
RE: Tender No.
Tender n
This is to notify that the contract/s stated below under the above mentioned tender have been
awarded to you.
1. Please acknowledge receipt of this letter of notification signifying your acceptance.
2. The contract/contracts shall be signed by the parties within 30 days of the date of this letter
but not earlier than 14 days from the date of the letter.
3. You may contact the officer(s) whose particulars appear below on the subject matter of this
letter of notification of award.
(FULL PARTICULARS)
SIGNED FOR ACCOUNTING OFFICER
Page 70 of 70
FORM RB 1 REPUBLIC OF KENYA PUBLIC PROCUREMENT ADMINISTRATIVE
REVIEW BOARD
APPLICATION NO…………….OF……….….20……...
BETWEEN
…………………………………………….APPLICANT
AND
…………………………………RESPONDENT (Procuring Entity)
Request for review of the decision of the…………… (Name of the Procuring Entity) of
……………dated the…day of ………….20……….in the matter of Tender No………..…of
…………..20…
REQUEST FOR REVIEW
I/We……………………………,the above named Applicant(s), of
address: Physical address…………….Fax No……Tel. No……..Email
……………, hereby request the Public Procurement Administrative Review Board to review the
whole/part of the above mentioned decision on the following grounds , namely:-
1.
2.
By this memorandum, the Applicant requests the Board for order/orders that: -
1.
2.
SIGNED ………………. (Applicant)
Dated on…………….day of ……………/…20…
FOR OFFICIAL USE ONLY
Lodged with the Secretary Public Procurement Administrative Review Board on ………… day
of
………....20….……… SIGNED
Board Secretary
top related